Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
UK
E-mail: maninder.dulku@attain.co.uk
NUTS: UKH23
Internet address(es)
Main address: https://hertsandwestessex.icb.nhs.uk
I.1) Name and addresses
NHS Mid and South Essex Integrated Care Board
Phoenix House, Christopher Martin Road
Basildon
SS14 3HG
UK
E-mail: maninder.dulku@attain.co.uk
NUTS: UKH3
Internet address(es)
Main address: https://midandsouthessex.ics.nhs.uk
I.1) Name and addresses
NHS Suffolk and North East Essex Integrated Care Board
Aspen House, Stephenson Road, Severalls Business Park
Colchester
CO4 9QR
UK
E-mail: maninder.dulku@attain.co.uk
NUTS: UKH3
Internet address(es)
Main address: https://suffolkandnortheastessex.icb.nhs.uk
I.1) Name and addresses
NHS Norfolk and Waveney Integrated Care Board
County Hall, Martineau Lane
Norwich
NR1 2DH
UK
E-mail: maninder.dulku@attain.co.uk
NUTS: UKH15
Internet address(es)
Main address: https://improvinglivesnw.org.uk/
I.1) Name and addresses
NHS Cambridgeshire and Peterborough Integrated Care Board
Gemini House, Cambridgeshire Business Park
Ely
CB7 4EA
UK
E-mail: maninder.dulku@attain.co.uk
NUTS: UKH12
Internet address(es)
Main address: https://www.cpics.org.uk/
I.1) Name and addresses
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board
3rd Floor, Arndale House, The Mall
Luton
LU1 2LJ
UK
E-mail: maninder.dulku@attain.co.uk
NUTS: UKH21
Internet address(es)
Main address: https://bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://attain.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://attain.bravosolution.co.uk/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
East of England Region Home Oxygen Service
Reference number: ACE-0691-2023
II.1.2) Main CPV code
85111700
II.1.3) Type of contract
Services
II.1.4) Short description
This tender opportunity pertains to a Home Oxygen Service.
NHS Hertfordshire and West Essex Integrated Care Board (ICB) is the host commissioner on behalf of the 5 commissioning partner organisations across the East of England region.
Hereafter all references to the Authority incorporates these organisations: NHS Hertfordshire and West Essex ICB, NHS Mid and South Essex ICB, NHS Suffolk and North East Essex ICB, NHS Norfolk and Waveney ICB, NHS Cambridgeshire and Peterborough ICB, and NHS Bedfordshire, Luton and Milton Keynes ICB.
The Authority hereby invites suitably qualified service providers to submit tenders for the provision of a Home Oxygen Service across the East of England Region.
Further information can be found at sections II.2.4 and VI.3.
II.1.5) Estimated total value
Value excluding VAT:
67 388 185.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
24111500
24111900
33157000
33157110
33157200
33157400
33157810
42996600
44611100
44611110
44611200
44612100
85111700
85141210
II.2.3) Place of performance
NUTS code:
UKH
Main site or place of performance:
East of England Region, including: Hertfordshire & West Essex; Mid & South Essex; Suffolk & North East Essex; Norfolk & Waveney; Cambridgeshire & Peterborough; and Bedfordshire, Luton & Milton Keynes.
II.2.4) Description of the procurement
The Home Oxygen Service will comprise of the following components:
(a) Responding to Home Oxygen Order Forms (HOOFs) for the Installation and Supply of Equipment, including identifying and providing the agreed equipment, facilities and services required to meet all the requirements set out in the contract and the Home Oxygen Service Specification.
(b) The ongoing risk assessments and servicing of equipment.
(c) The removal of Equipment for deducted patients E.g., upon request from a clinician (i.e., Relocation, safety incidents or deceased patients).
(d) Proactively checking for deceased patients and remove from the billing reports.
(e) Routinely recording electricity usage during risk assessment / servicing visits. Identifying and processing the re-imbursement of electricity costs.
(f) Providing business management information as set out within the Contract.
(g) Installation of equipment and the provision of consumables related to home oxygen supply to service users.
(h) Provision of a portal which complies with the minimum requirements set out within the Portal Service Specification contained within the tender documents.
(i) The service will be delivered 7 days a week to support patients being discharged from hospital during weekends and bank holidays and reduce the requirement for urgent 4-hour Home Oxygen Order Forms (HOOFs).
Further information also provided in section VI.3.
To express an interest in tendering for this service and access the Invitation to Tender (ITT) documents and all other information concerning the procurement, please go to: https://attain.bravosolution.co.uk/web/login.html
Click on 'Register' and follow the on screen instructions.
Responses must be fully completed and submitted exclusively via the Jaggaer e-Procurement Portal no later than 12:00 noon on 6 November 2023.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
67 388 185.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Service reviews will be undertaken regularly, in order to determine any relevant renewal.
The contract term will be for an initial 84 months, with the option to extend by a further 36 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract term will be for an initial 84 months, with the option to extend by a further 36 months.
You are advised that the £67,388,185 value relates to the 10 years (7 years plus option to extend by a further 3 years).
The maximum contract value for the 7 year contract is £46,025,686.
The above figures are inclusive of annual population growth, inflation, efficiency and convergence.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
See VI.3) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See the form of Contract supplied with the procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 18 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
The closing date for submitting completed Invitation to Tender (ITT) Responses is 12:00 noon on 6th November 2023.
It should be noted that the dates are expected dates at the time of issuing this ITT Process Overview and may be subject to change.
During the ITT, Bidders will be required consider the implications and codes of practice relating to TUPE implications for staff. The Authority will endeavour to facilitate the transfer of data where relevant and lawful. Bidders are will be required to make their own assessment of whether TUPE applies and the consequences of TUPE.
The Authority may wish to introduce additional and/or expand the Service during the lifetime of the contract (“Contract modification(s)”. Such contract modifications will be contemplated where additional requirements are similar and or complementary to the services already included in the Specification, at any given time. Such expansion would be by the addition of services commissioned by the Authority and / or other Contracting Authorities, as named in the Contract Notice. To this end, providers should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation to the contract to include, but not limited to, additional modalities and warmed air dehumidifier services in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).
Disclaimer: The Authority shall not be responsible for any costs or expenses incurred by respondents to this procurement in preparing and/or submitting such responses.
To access the procurement documentation, please go to the Attain eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk
Click on 'Register here' and follow the on-screen instructions. You can access the ITT: 'itt_136 - East of England Home Oxygen Service' by clicking on the link called 'View current opportunities' on the Home Page. Please note that the tender will not be accepted by any means other than through the Attain e-Procurement Portal.
Should you require any information regarding this ITT please contact the email address available in this Contract Notice.
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice of England and Wales
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
NHS Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
UK
E-mail: maninder.dulku@attain.co.uk
Internet address(es)
URL: https://hertsandwestessex.icb.nhs.uk
VI.5) Date of dispatch of this notice
03/10/2023